This solicitation notice invites quotations for commercial products and services under the Military Sealift Command, identified by solicitation number N3220525Q2242. Issued as a Request for Quotes (RFQ), it follows the Federal Acquisition Regulation (FAR) and does not solicit any small business set-asides. The procurement, classified under NAICS code 332919, concerns items including various valves, pipes, and fittings, detailed in a comprehensive list of quantities and part numbers. Key contractual elements include a firm-fixed price purchase order, with a required delivery date of April 1, 2025, to MSC SSU BATS in San Diego, CA.
Proposals are due by March 18, 2025, and must comply with specific submission requirements, including price details, technical capability verification, and delivery estimates. The Government emphasizes technical acceptability and fair pricing in the evaluation of bids, intending to award the contract based on the W&O SUPPLY INC brand name products.
Overall, this solicitation underscores the importance of compliance with federal standards and the competitive nature of procurement, stressing clarity and detailed adherence to requirements to foster successful bidding and project fulfillment.
This memorandum addresses the use of other than full and open competition for an acquisition under the simplified acquisition threshold, as allowed by FAR 13.106-1(b)(1)(i). It explains that the contracting officer determined that only one source, W&O Supply Inc., can fulfill the requirement due to its proprietary equipment designed for the T-AO 208 ship. The requirement includes a specified delivery date of April 1, 2025, and necessitates that the equipment be compatible with existing ship systems, complying with ABS and USCG standards. The document discusses the rationale for limiting competition, which is primarily due to the proprietary rights of the OEM and the critical nature of the equipment for operational readiness. Additionally, provisions for urgent procurement are outlined, emphasizing the need for timely delivery to avoid mission-critical delays. The anticipated dollar value of the procurement is also noted but not specified in the document. This memorandum serves as an official record to justify the sole-source acquisition, ensuring compliance with federal procurement regulations.